PROCUREMENT PLAN Climate smart management of grassland ecosystems Project Project information: Country: The People’s Republic of China Project Name: Climate smart management of grassland ecosystems Project Project ID: P166853 Project Implementation agency: Department of Science, Technology and Education, MARA Date of the Procurement Plan: September 25, 2018 Period covered by this Procurement Plan: September 2018 -June 2019 Preamble In accordance with paragraph 5.9 of the “World Bank Procurement Regulations for IPF Borrowers” (July 2016, revised November 2017 and August 2018) (“Procurement Regulations”) the Bank’s Systematic Tracking and Exchanges in Procurement (STEP) system will be used to prepare, clear and update Procurement Plans and conduct all procurement transactions for the Project. This textual part along with the Procurement Plan tables in STEP constitute the Procurement Plan for the Project. The following conditions apply to all procurement activities in the Procurement Plan. The other elements of the Procurement Plan as required under paragraph 4.4 of the Procurement Regulations are set forth in STEP. The Bank’s Standard Procurement Documents: shall be used for all contracts subject to international competitive procurement and those contracts as specified in the Procurement Plan tables in STEP. National Procurement Arrangements: In accordance with paragraph 5.3 of the Procurement Regulations, when approaching the national market (as specified in the Procurement Plan tables in STEP), the country’s own procurement procedures (Tendering and Bidding Law of the Peoples’ Republic of China, i.e. TBL promulgated by its Order No. 21 dated August 30, 1999 and the Implementation Regulations of the TBL promulgated by its State Council Order No. 613 dated November 30, 2011 and any amendments thereof) may be used with the following conditions to meet the requirements for open competitive procurement of paragraph 5.4 of the Procurement Regulations: a. All procurement notices shall be published in a national newspaper of wide circulation, or on a widely-used website / electronic portal with free access. b. A minimum of twenty (20) business days shall be given to Bidders between the date of such advertisement (or the date of availability of procurement documents, whichever is later and the deadline for the submission of bids). The advertisement and procurement documents shall specify the deadline for the submission of bids. Potential Bidders shall be allowed to inspect and purchase procurement documents at any time prior to the deadline for the submission of bids. c. Any Bidder/Consultant should be eligible to participate in a procurement process and to be awarded a Bank-financed contract as defined in paragraphs 3.21, 3.22 and 3.23 of the Procurement Regulations. d. Bidders/Consultants shall be allowed to submit bids/proposals by mail or in person. Bidders/consultants shall not be mandatory required to be present at the bid/proposal. e. Bidders should not be required to register as a condition for inspecting or purchasing procurement documents, submitting its bid or receiving contract award. A winner Bidder, shall be given reasonable opportunity of registering (if required) before contract signing without any let or hindrance. Bidding shall not be restricted to any class of contractors. f. The winning bidder shall not be required, as a condition of award, to reduce its bid price No contract negotiation shall be permitted unless agreed in the procurement plan. g. No bid may be rejected solely on the basis that the bid price exceeds any cost estimate. Rejection of all bids or re-bidding shall not be allowed solely because the number of bids is less than three (3). Rebidding shall not take place without any sound justification. h. The Bank’s procurement documents for approaching the national market or any procurement document acceptable to the Bank shall be used. All procurement documents must require that bidders/consultants present a signed acceptance at the time of bidding or submitting a proposal, to be incorporated in any resulting contract, confirming application of and compliance with the Bank’s Anti-Corruption Guidelines, including without limitation the Bank’s right to sanction and the Bank’s inspection and audit rights. i. The procurement documents shall disclose the newspaper and / or the electronic means in which the information on contract award shall be published. j. The contract award notification shall identify: (a) name and address of the Borrower’s Project Implementing Unit, (b) name and reference number of the contract being awarded and the selection method used (c) names of all Bidders/Consultants that submitted bids/proposals and their prices as read out at the bid opening meeting and as evaluated (d) names of all Bidders/ Consultants whose bids/proposals were rejected either as nonresponsive or as not meeting qualification criteria or were not evaluated, with the reasons therefor and (e) the name of the successful Bidder/Consultant, the final contract price, the contract duration and a summary of its scope. k. The Borrower shall implement an effective complaint mechanism allowing bidders or consultants to complain, and have their complaints handled and responded in a timely manner. Procurement documents should indicate the complaint mechanism procedure and provide the professional title and address of the officials to whom such protests should be sent. l. The Bank shall be allowed to review procurement documentation and activities related to the activities included in the procurement plan. When other national procurement arrangements other than national open competitive procurement arrangements are applied by the Borrower, such arrangements shall be subject to paragraph 5.5 of the Procurement Regulations. Leased Assets as specified under paragraph 5.10 of the Procurement Regulations: N/A. Procurement of Second Hand Goods as specified under paragraph 5.11 of the Procurement Regulations –N/A. Domestic preference as specified under paragraph 5.51 of the Procurement Regulations (Goods and Works). Goods: [No Plan]; Works: [NO Plan]. Other Relevant Procurement Information. Selection of Consultants: Prior Review Threshold: Selection decisions subject to Prior Review by Bank as stated in Annex II to the Procurement Regulations (July 2016, revised November 2017 and August 2018): Procuremen Contract Value Selection Bank Prior Review t Category (US$) Method ≥ 300,000 QCBS, QBS, Firms: All contracts >=USD 1 million; QCBS, QBS, Firms: All DS contracts >= USD 1 < 300,000 FBS, LCS, Consultants million; CQS Individual Consultant: All Others DS contracts >=300 K; Others IC DS for individual consultant: All contracts>=USD 300 K Notes: QCBS: Quality- and Cost-Based DS: Direct Selection Selection IC: Individual Consultant selection QBS: Quality-Based Selection procedure FBS: Fixed Budget Selection NA: Not Applicable LCS: Least Cost Selection CQS: Consultants’ Qualifications- based Selection Consultancy Assignments with Selection Methods and Time Schedule: Review Estimated Estimated Expected Expected by Contract Contract Cost Cost Procurement Proposal Contract Ref.No. Description Bank Period Name (CNY:10 (USD:10 Method Submission Signing (Prior/ (Month) thousand) thousand) Date Date Post) 1. carrying out baseline survey and data collection, analysis in the project area, including technology, Assessm policy, etc. CSG-C- ent of 2. design of project logframe 47.91 7.00 CQS Post 2018.09 42 2018.10 001 social impact 3. development of project feasibility study report 4. development of project implementation manual 1. carrying out baseline survey and data collection, analysis in the project area, including social economy conditions Assessm CSG-C- ent of 2. development of report on assessment of 6.844 1.00 IC Post 2018.09 4 2018.10 002 social social impact impact 3. engage in the development of project feasibility study report and project implementation manual 1. carrying out baseline survey and data Assessm collection, analysis on environment in the ent of project area CSG-C- environ 2. development of report on assessment of 13.688 2.00 CQS Post 2018.09 15 2018.10 003 ment environment impact impact 3. engage in the development of project feasibility study report and project Review Estimated Estimated Expected Expected by Contract Contract Cost Cost Procurement Proposal Contract Ref.No. Description Bank Period Name (CNY:10 (USD:10 Method Submission Signing (Prior/ (Month) thousand) thousand) Date Date Post) implementation manual 4. development of the report on environment and social development 1. responsible for the coordination and communication between MoA and WB, coordination among the departments of MoA, relevant ministries, target project provinces 2. responsible for the implementation of Project project procurement plan and work plan CSG-C- coordina 6.844 1.00 IC Post 2018.09 4 2018.10 004 3. coordination with the work progress of tor PPG team and push forward project PPG 4. responsible for the preparation and organization of project inception workshop and validation workshop 5.assist the collection, review and analysis of information needed for PPG 1 USD=CNY 6.844 PROCUREMENT China : Climate Smart Management of Grassland Ecosystems PLAN General Information Country: China Bank’s Approval Date of the Original Procurement Plan: 2018-09-25 2020-01-13 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P166853 GPN Date: Project Name: Climate Smart Management of Grassland Ecosystems Loan / Credit No: TF / A7694 Executing Agency(ies): Climate Smart Staple Crop Production WORKS Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Description Component Review Type Method Document / Signed Contract Contract Completion No. Approach Process (Y/N) Amount (US$) (US$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual GOODS Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Description Component Review Type Method Document / Signed Contract Contract Completion No. Approach Process (Y/N) Amount (US$) (US$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual NON CONSULTING SERVICES Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Description Component Review Type Method Document / Signed Contract Contract Completion No. Approach Process (Y/N) Amount (US$) (US$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit Market Contract Type Estimated Actual Expression of Interest Short List and Draft Request for Proposals Opening of Technical Evaluation of Description Component Review Type Method Process Status Terms of Reference Report and Draft Signed Contract Contract Completion No. Approach Amount (US$) Amount (US$) Notice Request for Proposals as Issued Proposals / Minutes Technical Proposal Negotiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual CSG-C-003 / Contract No: Consultant CSG-C-003 TF / A7694 Post Qualification Open - National 20,000.00 17,763.77 Signed 2018-09-18 2018-10-09 2018-11-22 2018-12-22 2019-01-26 2019-07-25 Contract: Assessment of Selection environment impact CSG-C-001 / Contract Consultant No:CSG-C-001 TF / A7694 Post Qualification Open - National 70,000.00 62,173.20 Signed 2018-09-18 2018-10-09 2018-11-22 2018-12-22 2019-01-26 2019-07-25 Contract:Feasibility Selection Study Report INDIVIDUAL CONSULTANTS Activity Reference No. / Invitation to Loan / Credit Market Contract Type Estimated Actual Draft Negotiated Description Component Review Type Method Process Status Terms of Reference Identified/Selected Signed Contract Contract Completion No. Approach Amount (US$) Amount (US$) Contract Consultant Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual CSG-C-004 / Contract Individual No:CSG-C-004 TF / A7694 Post Consultant Open 10,000.00 8,881.89 Signed 2018-09-18 2018-11-06 2018-11-27 2019-01-01 2019-06-30 Contract:Project Selection coordinator Page 1 CSG-C-002 / Contract Individual No:CSG-C-002 TF / A7694 Post Consultant Open 10,000.00 8,881.89 Signed 2018-09-18 2018-11-06 2018-11-27 2019-01-01 2019-06-30 Contract:Assessment Selection of social impact CSG-C-005 / Contract Grassland Management Pending No:CSG-C-005 Contract: TF / A7694 Post Direct Selection Direct 10,000.00 0.00 2020-01-14 2020-01-14 2020-03-20 2020-09-16 Pilots Implementation Project Coordinator Page 2